Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2009 FBO #2727
SOLICITATION NOTICE

65 -- 750I HUMPHREY FIELD ANALYZER Iii

Notice Date
5/13/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234
 
Solicitation Number
W81K00-09-T-0152
 
Response Due
5/20/2009
 
Archive Date
7/19/2009
 
Point of Contact
joann.espitia, (210) 221-3490
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DOC# W81K00-09-T-0152 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is set-aside 100% for small business under NAICS code 339115 and the small business size standard is 500 employees. The requirements in this solicitation are: CLIN 0001, One each, 750I HUMPHREY FIELD ANALYZER Iii (new and not refurbished) and includes 4.2 GPA software SITA-SWAP HFA Net. Pro table and printer, (2 each) operator and service manuals, one year warranty, installation and training. MFG CARL ZIESS MEDITEC (DOC # W44DVQ90847706) SITE LOC: FT RILEY, KS. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. CLIN 0001 salient characteristics: Maximum Intensity 10,000 ASB, Stimulus Duration 200 msec, Stimulus Wavelength Broadband visible light, Bowl Testing distance 30 cm, Bowl Illumination 31.5 ASB, Max. Temporal range 90 degrees; electrical requirements 100-120v/230v-+10%, 50-60 Hz, 4A/1.8A, exchange and replacement upgrade IAW manufactures specifications. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/. Delivery, 30 days after receipt of order, shipping shall be FOB- DEST to Reynolds Army Community Hospital, Fort Sill OK 73503-6300. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Process: All proposals will be evaluated in accordance with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6 if vendor offers and Equal Product) and Price, with Technical Capability being significantly more important than Price. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS)252.211-7003 Item Identification and Valuation; (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and 52.232-36 [Payment by Third Party]. The closing date and time of this solicitation is 20 MAY 2009, 11:00 AM/CST. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to Great Plains Regional Contracting Office (210) 221-3446. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Joann Espitia, phone (210) 221-3490; e-mail Joann.Espitia@amedd.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0152/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01816010-F 20090515/090513233041 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.